SOURCES SOUGHT
63 -- Request for Information (RFI) for contractor to provide and install three, Anti-Ram Vehicle Barriers, Post Bollards and one 6' x 10' Bullet Resistant Security Booth.
- Notice Date
- 6/29/2012
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-12-RFI01
- Response Due
- 7/13/2012
- Archive Date
- 9/11/2012
- Point of Contact
- Marie Tornai, 719-554-8446
- E-Mail Address
-
U.S. Army Strategic Command
(marie.tornai@smdc-cs.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) from Headquarters, 1st Space Brigade, 1555 North Newport Road, Colorado Springs, CO 80916. The 1st Space Brigade is seeking information on firms that are interested and capable of providing and installing three, Anti-Ram Vehicle Barriers, four High Security, Decorative, Removable, Fixed Post Bollards and one 6'x10' Bullet Resistant, Level IV Security Booth. Two barriers should meet a 15ft clear opening requirement and one barrier would be required to meet a 30ft clear opening. All barriers are required to be certified to meet an M50 rating as determined by ASTM F2656-07, Standard Test Method for Vehicle Crash Testing of Perimeter Barriers. The barriers should operate with card reader and key pad access control. Barriers must also be able to be operated remotely and manually during an emergency. The removable bollards should be 30" high and 9.50" in diameter. All columns, walls, and panels of the Security Booth must meet UL 752 Level IV bullet resistance, which provides protection against high powered rifle (30.06), 7.62 NATO, hand grenade and high explosive. In your response please provide a technical description and specifications of your company's products. Identify which features are included with the basic system capabilities as opposed to those features which may be optionally offered. Provide ASTM F2656-07 certification information, to include the test vehicle's distance of penetration upon impact with barrier. Provide delivery schedule and installation schedule information for the basic and optional capabilities offered for each product addressed in your response. Installation schedule must address at minimum lead-time(s) for products to be delivered to site after receipt of order (ARO), installation start date ARO, installation complete date ARO, and any other phase of work ARO that would be applicable to installation of the products. Such as, mobilization, site preparation, product testing, or site cleanup. Provide warranty info and indicate the provisions of any warranty offered as well as the costs associated with extending such warranty for each product in your response as well. Also provide cost for each product and installation cost for each product and indicate in your response whether those costs are based on FOB Destination (delivered) pricing. If the product and installation costs are based on FOB Origin, then include what the shipping costs will be in the cost breakdown for each product. Also, if the product and installation costs are based on your GSA contract or other government contract, then reference that government contract number in your response or reference open-market in your response if those costs are based on open-market pricing. If you would need us (Govt) to provide temporary access to power or area for temporary storage of installation materials/equipment. Then, address that in your response. Finally, address the following information in your response: business CAGE code, business size status (large or small), socioeconomic status if you're a small business (SBA certified 8A Program participant, SBA certified small disadvantaged business (SDB), SBA certified HUB Zone firm, service disabled veteran owned small business (SDVOSB), woman-owned small business (WOSB), veteran owned business, or economically disadvantaged woman-owned small business (EDWOSB)). Proprietary information is not being solicited, however, if it is submitted it should be appropriately marked. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to pay for the information requested. Point of contact is Marie Tornai, Contracting Officer, and George Knowlton, Contracting Officer, ATTN: ACC-R CAMO (CCAM-CAC). Capability responses and inquiries will only be accepted electronically by email at: Marie.H.Tornai.civ@mail.mil and George.P.Knowlton.civ@mail.mil. All interested parties must submit their responses to Marie.H.Tornai.civ@mail.mil and George.P.Knowlton.civ@mail.mil by 4:00pm Mountain Daylight Time on 13 July 2012. Capability responses and inquiries sent to any other email addresses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-12-RFI01/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
- Zip Code: 80914-4914
- Zip Code: 80914-4914
- Record
- SN02791088-W 20120701/120629235506-15c465d920a81eb4f73a0f0ed3f6afde (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |